Tender

Saving Babies Lives Care Bundle Version 2 Evaluation

  • NHS England

F02: Contract notice

Notice identifier: 2021/S 000-014688

Procurement identifier (OCID): ocds-h6vhtk-02c0d3

Published 28 June 2021, 1:51pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Skipton House, 80 London Road

London

SE1 6LH

Contact

Liz Salter

Email

liz.salter1@nhs.net

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Saving Babies Lives Care Bundle Version 2 Evaluation

two.1.2) Main CPV code

  • 79419000 - Evaluation consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

In March 2019 SBLCBv2 was published to provide detailed information for providers and commissioners of maternity care on how to further reduce perinatal mortality across England. It is clear SBLCBv2 is now a major innovation in the delivery of maternity care in England. It is therefore vital that an independent evaluation is undertaken to understand its effectiveness, the impact on maternity services, the women who use them and any unintended consequences. Maternity is one of NHSE&I’s priorities and is a key element of the NHS Long-Term Plan.

two.1.5) Estimated total value

Value excluding VAT: £175,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79419000 - Evaluation consultancy services
  • 79315000 - Social research services
  • 85121200 - Medical specialist services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Every maternity provider was expected to fully implement SBLCBv2 by March 2020 and SBLCBv2 is now included in the NHS Standard Contract. The Covid-19 pandemic may have prevented some maternity providers from achieving this target.We seek to commission an independent evaluation of the SBLCBv2 by an external organisation expert in health outcomes and economics. Brief overview of evaluation requirementsThe evaluation should include: • A robust but pragmatic sampling strategy. This should be cognisant of both the need for a methodologically sound and credible sampling approach, and to stay within budget. • The extent to which maternity services across England are implementing all five elements of the care bundle• Identification and extent of ongoing challenges for organisations to implement the care bundle and possible solutions • Whether and how the trusts are carrying out the interventions successfully across their maternity services• Identification of impacts on health inequalities• Identification of any barriers and lessons learned over the previous year due to the impact of the Covid-19 pandemic We seek to commission an independent evaluation of the SBLCBv2 by an external organisation expert in health outcomes and economics. Brief overview of evaluation requirementsThe evaluation should include: • A robust but pragmatic sampling strategy. This should be cognisant of both the need for a methodologically sound and credible sampling approach, and to stay within budget. • The extent to which maternity services across England are implementing all five elements of the care bundle• Identification and extent of ongoing challenges for organisations to implement the care bundle and possible solutions • Whether and how the trusts are carrying out the interventions successfully across their maternity services• Identification of impacts on health inequalities• Identification of any barriers and lessons learned over the previous year due to the impact of the Covid-19 pandemic We seek to commission an independent evaluation of the SBLCBv2 by an external organisation expert in health outcomes and economics. Brief overview of evaluation requirementsThe evaluation should include: • A robust but pragmatic sampling strategy. This should be cognisant of both the need for a methodologically sound and credible sampling approach, and to stay within budget. • The extent to which maternity services across England are implementing all five elements of the care bundle• Identification and extent of ongoing challenges for organisations to implement the care bundle and possible solutions • Whether and how the trusts are carrying out the interventions successfully across their maternity services• Identification of impacts on health inequalities• Identification of any barriers and lessons learned over the previous year due to the impact of the Covid-19 pandemic The evaluation is to be completed by 31st March 2022

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £175,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2021

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 July 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals